Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

V -- Courier Services for daily deliveries between OPM-CRIS Boyers PA, and OPM-CRIS Washington DC

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
492210 — Local Messengers and Local Delivery
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SOL070000064
 
Response Due
6/5/2007
 
Point of Contact
Joy Christie, Contract Specialist, Phone 202-606-4215, Fax 202-606-3201, - Sheron Spann, Contract Specialist, Phone 202-606-3209,
 
E-Mail Address
joy.christie@opm.gov, Sheron.Spann@opm.gov
 
Description
CONFORMED COMBINED SYNOPSIS/SOLICITATION - SOL070000064 Description This announcement constitutes the only solicitation; proposals are requested. A written solicitation will not be issued. Solicitation number SOL070000064 is a Request for Quotation (RFQ). This is a Full and Open Competition. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is an unrestricted acquisition. The NAICS/Small Business Size standard is 492210/$23.5M. This acquisition will result in a Firm Fixed-Price (FFP)/EPA contract with a base year and two option periods, utilizing simplified commercial acquisition procedures under full and open competition. No changes to the contract are authorized unless issued by a Government Contracting Officer. The requirement is for daily courier service between the Office of Personnel Management (OPM) the Center for Retirement and Insurance Services (CRIS) located in Boyers, PA and OPM Washington, DC and the Pittsburgh Tele-Service Center, Pittsburgh, PA upon request. 1. INTRODUCTION AND OVERVIEW: The Center for Retirement and Insurance Services (CRIS) which is part of the Office of Personnel Management (OPM) maintains an office in Boyers, PA and Washington, DC. CRIS is responsible for the initial processing of retirement, death claims, and final storage of all federal civil service retirement and insurance related records. A steady stream of documentation between Boyers, PA and Washington, DC facilities is essential in maintaining the smooth running operation of both facilities. A breakdown in this chain of correspondence could drastically incapacitate both the CRIS and OPM facilities. The contractor shall provide dependable, secure, accountable and timely courier service between CRIS, 1137 Branchton Road, Boyers, PA, OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. and Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA (request only) as identified by each Contract Line Item Number (CLIN) as listed below. 2. PERIOD OF PERFORMANCE: OPTION PERIOD 1: FEBRUARY 1, 2008 ? APRIL 30, 2009: The contractor will provide A DEDICATED VEHICLE (s) for delivers between all the following locations: CLIN 1001 ROUND TRIP SERVICE between CRIS, 1137 Branchton Road, Boyers, PA 16017 AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 Daily. See ATTACHMENT A TIME TABLE 1 for facility pickup/drop off times. This service will be provided every weekday, except the 1 federal holiday (See OPM-1, ON-SITE WORKING CONDITIONS), unexpected facility closings and weekends for the remained of the base year. There may be situations when OPM will need the contractor to perform deliveries on weekends, holidays, or times other than normal hours of operation. OPM will notify the contractor in advance of these requests. (See * NOTE 3) CLIN 1002 ADDITIONAL SERVICE, UPON REQUEST ONLY between: CRIS, 1137 Branchton Road, Boyers, PA 16017 AND Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 10 Trips per year.* (SEE TIME TABLE 2) *This service will be provided UPON REQUEST ONLY. It is not known at this time on what days this service will be utilized but when the service is needed the Contract Officer Representative (COR) identified in the contract will notify the contractor. This CLIN will be utilized in conjunction with CLIN 0001. The contractor will invoice CLIN 0002 along with CLIN 0001 for this day. See ATTACHMENT A TIME TABLE 2 for facility pickup/drop off times. MILES PER GALLON (MPG) (See *Note 1) FUEL: DIESEL/GASOLINE (See *Note 2) OPTION PERIOD 2: MAY 1, 2008 - JULY 31, 2008: The contractor will provide A DEDICATED VEHICLE (s) for delivers between all the following locations: CLIN 2001 ROUND TRIP SERVICE between CRIS, 1137 Branchton Road, Boyers, PA 16017 AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 Daily. See ATTACHMENT A TIME TABLE 1 for facility pickup/drop off times. This service will be provided every weekday, except the 2 federal holidays (See OPM-1, ON-SITE WORKING CONDITIONS), unexpected facility closings and weekends for the remained of the base year. There may be situations when OPM will need the contractor to perform deliveries on weekends, holidays, or times other than normal hours of operation. OPM will notify the contractor in advance of these requests. (See * NOTE 3) CLIN 2002 ADDITIONAL SERVICE, UPON REQUEST ONLY between: CRIS, 1137 Branchton Road, Boyers, PA 16017 AND Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 10 Trips per year.* (SEE TIME TABLE 2) *This service will be provided UPON REQUEST ONLY. It is not known at this time on what days this service will be utilized but when the service is needed the Contract Officer Representative (COR) identified in the contract will notify the contractor. This CLIN will be utilized in conjunction with CLIN 0001. The contractor will invoice CLIN 0002 along with CLIN 0001 for this day. See ATTACHMENT A TIME TABLE 2 for facility pickup/drop off times. MILES PER GALLON (MPG) (See *Note 1) FUEL: DIESEL/GASOLINE (See *Note 2) OPTION PERIOD 3: AUGUST 1, 2008 - OCTOBER 31, 2008: The contractor will provide A DEDICATED VEHICLE (s) for delivers between all the following locations: CLIN 3001 ROUND TRIP SERVICE between CRIS, 1137 Branchton Road, Boyers, PA 16017 AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 Daily. See ATTACHMENT A TIME TABLE 1 for facility pickup/drop off times. This service will be provided every weekday, except the 2 federal holidays (See OPM-1, ON-SITE WORKING CONDITIONS), unexpected facility closings and weekends for the remained of the base year. There may be situations when OPM will need the contractor to perform deliveries on weekends, holidays, or times other than normal hours of operation. OPM will notify the contractor in advance of these requests. (See * NOTE 3) CLIN 3002 ADDITIONAL SERVICE, UPON REQUEST ONLY between: CRIS, 1137 Branchton Road, Boyers, PA 16017 AND Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 10 Trips per year.* (SEE TIME TABLE 2) *This service will be provided UPON REQUEST ONLY. It is not known at this time on what days this service will be utilized but when the service is needed the Contract Officer Representative (COR) identified in the contract will notify the contractor. This CLIN will be utilized in conjunction with CLIN 0001. The contractor will invoice CLIN 0002 along with CLIN 0001 for this day. See ATTACHMENT A TIME TABLE 2 for facility pickup/drop off times. MILES PER GALLON (MPG) (See *Note 1) FUEL: DIESEL/GASOLINE (See *Note 2) OPTION PERIOD 4: NOVEMBER 1, 2008 - JANUARY 31, 2009: The contractor will provide A DEDICATED VEHICLE (s) for delivers between all the following locations: CLIN 4001 ROUND TRIP SERVICE between CRIS, 1137 Branchton Road, Boyers, PA 16017 AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 Daily. See ATTACHMENT A TIME TABLE 1 for facility pickup/drop off times. This service will be provided every weekday, except the 5 federal holidays (See OPM-1, ON-SITE WORKING CONDITIONS), unexpected facility closings and weekends for the remained of the base year. There may be situations when OPM will need the contractor to perform deliveries on weekends, holidays, or times other than normal hours of operation. OPM will notify the contractor in advance of these requests. (See * NOTE 3) CLIN 4002 ADDITIONAL SERVICE, UPON REQUEST ONLY between: CRIS, 1137 Branchton Road, Boyers, PA 16017 AND Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. AND OPM, 1900 E Street, NW, Loading Dock, Washington, D.C. 20415-4000. AND CRIS, 1137 Branchton Road, Boyers, PA 16017 10 Trips per year.* (SEE TIME TABLE 2) *This service will be provided UPON REQUEST ONLY. It is not known at this time on what days this service will be utilized but when the service is needed the Contract Officer Representative (COR) identified in the contract will notify the contractor. This CLIN will be utilized in conjunction with CLIN 0001. The contractor will invoice CLIN 0002 along with CLIN 0001 for this day. See ATTACHMENT A TIME TABLE 2 for facility pickup/drop off times. MILES PER GALLON (MPG) * NOTE 1 - Contractor shall submit mileage for each route. The mileage of each route multiplied by the number of trips completed, divided by the MPG, will determine the quantity of fuel subject to any EPA. The US Department of Energy field index for the Central Atlantic Region will be utilized in calculating an EPA. The website is: http://tonto.eia.doe.gov/oog/info/gdu/gasdiesel .asp The prevailing fuel index on the date of award shall be the initial index. EPAs will be calculated and processed quarterly, with the prevailing fuel index at the end of the quarter being used to calculate the index at the beginning of the subject quarter. The calculation could result in increases or decreases in the price adjustment for fuel. OPM will compensate the contractor for any calculated increases in fuel costs and the contractor would either, at OPMs discretion, pay OPM or issue a credit to OPM for any decreases in fuel costs. The Contracting Officer will make the final determination of which method of consideration the contractor will provide OPM for decreased fuel adjustments. FUEL: DIESEL/GASOLINE * NOTE 2 - The contractor must indicate what fuel will be used under the contract. * NOTE 3 - USE Pricing Tables Attachment B 3. PRODUCT DESCRIPTION (Boyers/Washington): For CLIN 0001, CLIN 1001, CLIN 2001, CLIN 3001 and CLIN 4001 the contractor will pickup and deliver to each location (Boyers, PA and Washington, DC facilities) 2 TIMES DAILY, (business days) morning and afternoon. The contractor shall accomplish deliveries within the confines of the normal working hours of these facilities. Also see ATTACHMENT A TIME TABLES 1 for pick and drop off times. The contractor will use its discretion on the best feasible primary routes between facilities for on time deliveries and pickups. The contractor must submit in their proposal how many vehicles will be used under the Boyers and Washington service along with the primary routes being used under this product description. The primary routes will be subject for approval by OPM officials. Retirement Operations Center (ROC) requires a no later than 7:30 AM daily drop off and a no later than 4:30 PM same day pick up in Boyers, PA, with an additional stop at Tele-Service Center, Pittsburgh, PA, if requested. The 4:30 PM pick-up at CRIS, Boyers, PA will be delivered to OPM Washington, DC and items coming to Boyers, PA from Washington, DC will be picked up at a time that is feasible to allow for a no later than 7:30 AM the next morning (Over Night Delivery). (i.e: To meet this requirement the contractor would drop-off /pick up in Washington, DC overnight.) The usual freight from the Center for Retirement and Insurance Services is estimated to be up to fifty (50) boxes or 100 cubic feet, which weigh an estimated (40) pounds each or 2,000 pounds in total for usual heavy shipping days. The workload/volume is subject to change with little notice. The contents of the locker type trucks would consist of paper, magnetic tape, equipment, etc. Some freight may be in sealed boxes. It is anticipated that most cargo will be in lockboxes and the use of equipment to load and unload will not be necessary. If cargo may be too oversized/overweight, the contractor will be notified by the COR, in advance, so that the proper equipment will be utilized. All equipment used for oversized/ overweight freight will be provided for the contractor at each OPM facility. Furthermore, changes due to technology may have an impact on the number of lockboxes or sealed boxes being shipped between OPM facilities in the near future. OPM may seek an equable adjustment for reduction in material. The contractor shall have A DEDICATED VEHICLE (s) for these deliveries and shall not pickup/drop off other agencies or companies material while possessing and/or delivering OPM material. 4. PRODUCT DESCRIPTION (Additional Service UPON REQUEST ONLY): For CLIN 0003, CLIN 1003, CLIN 2003, CLIN 3003 and CLIN 4003 these CLINS will be UPON REQUEST ONLY SERVICE ordered via task order. The COR identified in the contract will notify the contractor of the request in advance. If OPM needs deliveries made on demand OPM will notify the contractor, in which OPM has sole discretion on the starting point. The contractor shall accomplish deliveries within the confines of the normal working hours of these facilities. (See ATTACHMENT A TIME TABLES 1) The contractor will use its discretion on the best feasible routes between facilities for on time deliveries and pickups. The contractor must submit in their proposal how many vehicles will be used under this CLIN. It is not known at this time what the anticipated amount of freight will be delivered between Boyers/Pittsburg/DC. The contractor will be notified in advance of the approximate number of sealed boxes or lockboxes. It is anticipated that most cargo will be in lockboxes and the use of equipment to load and unload will not be necessary. If cargo may be too oversized/ overweight, the contractor will be notified by the COR, in advance, so that the proper equipment will be utilized. All equipment used for oversized/overweight freight will be provided for the contractor at each OPM facility. The contractor shall not pickup/drop off other agencies or companies material while possessing OPM material. The contractor will invoice for these CLINS via task order. 5. SECURITY OF OPM DOCUMENTS, CORRESPONDENCE AND MATERIAL: ABSOLUTELY AT NO TIME AND UNDER NO CIRCUMSTANCES WILL THE CONTRACTOR LEAVE OPM MATERIAL UNATTENDED WHILE IN THEIR POSSESSION. At all times there must be at least one OPM cleared driver or OPM cleared passenger in the courier vehicle(s) if stops occur between OPM facilities. OPM has the right to randomly audit the contractor for compliance with these guidelines. If the contractor is found leaving OPM material unattended, OPM has the right to take monetary deductions from the contract or remove the contractor, at OPM s sole discretion. THE CONTRACTOR MUST NOT ACCEPT ANY UNLOCKED LOCKBOXES AT ANY OPM FACILITY AT ANYTIME DURING THE LIFE OF THIS CONTRACT. The contractor must assure that each lockbox is properly locked before loading at each OPM facility. OPM has the right at anytime to inspect material being unloaded from the contractor s courier vehicle (s). If the contractor is in possession of unlocked lockboxes or unsealed boxes the contractor will be held accountable for the unlocked lockboxes or unsealed boxes. OPM has the right to monetarily deduct from the contract or remove the contractor from this contract if these situations occur. In addition, if OPM material is lost, stolen, compromised or damaged during the deliveries due to unlock lockboxes or unsealed boxes; OPM has the right to seek monetary damages resulting from: the cost of recovery/replacement of OPM material, expense of OPM investigation, lawsuits against OPM due to compromised material, and damage to any government property. OPM has the right to remove the contractor if any of these situations occur during the delivery process. IF OPM MATERIAL IS LOST, STOLEN, COMPROMISED OR DAMAGED, IN THE PERFORMANCE OF THIS CONTRACT, THE CONTRACTOR MUST CONTACT THE COR WITHIN 30 MINUTES OF DETECTION. FURTHERMORE, THE CONTRACTOR WILL ALSO NOTIFY THE CHIEF OF THE OPM-FOI/PA TEAM OR THE DESIGNATED PERSON FOR FOIPA FOR ANY SITUATIONS PERTAINING TO LOST, STOLEN, OR DAMAGED OPM MATERIAL. OPM has the right to conduct an investigation or direct the contractor to conduct an investigation into the incident at the contractor s expense. The contractor must report findings of its investigation to OPM within 48 hours of the incident. The contractor and its personnel must fully cooperate with OPM s investigation. NOTE: The courier driver will be authorized brief short ventures (up to 10 minutes) from the vehicle as long as the driver could return to the vehicle within 10 seconds of the alarming sounding. Also the alarm must be activated at all times excluding loading or unloading the vehicle. 6. SECURITY/EMERGENCY PLAN: When conditions occur such as inclement weather, facility closings, pandemic threats, terrorists threats, etc., that affect delivery the Contracting Officer Representative (COR) will attempt to notify the contractor as soon as possible of the situation. Furthermore, the contractor must notify the COR of any situation pertaining to inclement weather, pandemic threats, or terrorists threats that might affect deliveries. If these situations occur and the contractor is in possession of OPM documents, the contractor must properly secure OPM documents in their OPM-approved designated warehouse or secure holding area. If the contractor cannot access their OPM-approved secure warehouse or holding area due to the above conditions, the contractor must contact the COR for further coordination and OPM approval of a secured holding area. There may be situations that will require pickup/drop off to be delayed. When there are no employee(s) available to receive the delivery at the OPM facility, contractor will make arrangements to make drop-offs at an OPM-approved contractor secure holding area. If the OPM approved route plan between facilities is not accessible or temporarily shutdown, the contractor must notify the COR of these situations. In these conditions, the contractor must provide OPM a temporary alternative route plan. THE CONTRACTOR MUST SUBMIT AN ALTERNATIVE ROUTE PLAN ALONG WITH THEIR PRIMARY ROUTE PLAN IN THEIR PROPOSAL. If one or more facilities cannot be accessed for an extended period of time due to but not limited to a pandemic threat, terrorist attacks, and temporary closed facility; OPM has the right to add alterative facilities or change requirements to the contract that will accommodate OPMs mission. The contractor will be notified of the situation along with changes in requirements. THE CHANGE IN LOCATION SHOULD NOT HALT CONTINUITY OF OPERATIONS. THE CONTRACTOR SHALL PROVIDE OPM WITH A PLAN TO SECURE THE GOVERNMENTS MATERIAL IN CASE OF ANY UNFORESEEN CIRCUMSTANCES SUGGESTED ABOVE. The plan should include situations such as (i.e. breakdowns, accidents, medical emergencies) while en-route between the OPM facilities. This plan will include a dispatch timeframe for breakdowns, accidents, and medical emergencies. The contractor will ensure the plan is disseminated to and utilized by its drivers. 7. QUALITY CONTROL PLAN: The contractor shall be responsible for ensuring that all of the requirements of the contract are addressed in an OPM-approved Quality Control Plan (QCP). A DRAFT OF THIS PLAN SHALL BE SUBMITTED WITH THE CONTRACTOR S PROPOSAL. The QCP shall be a system for preventing deficiencies before the level of performance becomes unacceptable or the Government inspectors point out the deficiencies. The importance of a QCP that covers all services is critical to the successful performance of the courier service and must be developed as required. The Government shall utilize a combination of scheduled inspections, random inspections, and customer complaints when reviewing contract compliance. The QCP shall include, but not be limited to the following: (A) A plan for on-time deliveries between all facilities per paragraph 7. (B) A plan for the Security of OPM Material per paragraph 5. (C) A plan for the Security/Emergency per paragraph 6. (D) A plan for staffing per paragraph 9. (E) A plan for training contractor personnel per paragraph 10. (F) A plan for contractor driver s responsibilities along with all other personnel that may handle OPM material under this contract per paragraph 8. DOCUMENT CONTINUED - PARAGRAPHS 7 - 21 CONTINUED ON ADMENDMENT 1 ALL QUESTIONS MUST BE SUBMITTED/EMAILED NLT 4:00 PM EST, MAY 28, 2007. SUBMIT QUESTIONS TO OFFICE OF PERSONNEL MANAGEMENT, ATTN: JOY CHRISTIE, joy.christie@opm.gov ATTACHMENTs A & B To obtain a copies of the ATTACHMENT A - TIME TABLES and ATTACHMENT B - TABLE FOR PRICING for the Courier Services RFQ - SOL070000064 please submit your requests NLT 11:00 AM EST, JUNE 1, 2007 BY EMAIL to: Office of Personnel Management, ATTN: Joy Christie, joy.christie@opm.gov QUOTATIONS ARE DUE NLT 1:00 PM EST, JUNE 5, 2007. All responsible sources may submit a quotation, which will be considered by the Agency. Request that four (4) copies of offeror s quotation be submitted and one (1) electronic copy (Send to joy.christie@opm.gov ) SUBMIT QUOTATIONS TO OFFICE OF PERSONNEL MANAGEMENT, MSD/CCFAS, ATTN: CONTRACTING GROUP, JOY CHRISTIE, 1900 E. STREET, NW, ROOM 7316, WASHINGTON, DC 20415-0001
 
Place of Performance
Address: The Center for Retirement and Insurance Services (CRIS), 1137 Branchton Road, Boyers, PA
Zip Code: 16017
Country: UNITED STATES
 
Record
SN01297248-W 20070519/070517221755 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.